Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2007 FBO #2035
SOURCES SOUGHT

A -- Market Research - WIDEBAND ELECTROMAGNETIC INDUCTION (EMI) ARRAY SENSOR

Notice Date
6/21/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-07-Q-WEIA
 
Response Due
7/11/2007
 
Archive Date
9/9/2007
 
Small Business Set-Aside
N/A
 
Description
Communications-Electronics Life Cycle Management Command (C-E LCMC) Acquisition Center-Washington (CACW) on behalf of the U.S. Army Research, Development, and Engineering Command (RDECOM), Communications and Electronics Research, Development, and Eng ineering Center (CERDEC), Night Vision and Electronic Sensors Directorate (NVESD), Countermine Division, Humanitarian Demining Branch is conducting market research to identify sources for a nondevelopmental ground vehicle mounted wideband electromagnetic i nduction (EMI) array sensor to detect shallow, deeply buried, ferrous, and non-ferrous unexploded ordnance (UXO). Specifically, the subject technology shall be a mature system that can be easily retrofitted onto a Government Furnished Equipment (GFE) Land Tamer in support of an requirement of Humanitarian Operations in SE Asia. The subject UXO detection system shall meet the following requirements and specifications: 1) The wideband EMI sensor operates in the frequency domain as a continuous wave from at least a range of 100 Hz to 90 KHz; 2) operate and detect UXO on primary and secondary roads; 3) have a probability of detection greater than 98% for all UXO; 4) have a false alarm rate of no more than 3 false alarms per 5 square meters, under all types of weather conditions, and in all types of terrains; 5) provide real-time detection through audio and/or visual alerts; 6) include automatic target recognition algorithms with discrimination capabilities; 7) include GPS to provide real-time mapping, as well a s a graphical screen displaying the GPS location of any alerts; 8) include a physical marking system; 9) transfer data via a wireless link at a minimum distance of 500 ft; 10) include remote control technologies capable of operation at a minimum distance o f 500 ft; 10) include automatic height control of sensor array; 11) include operators manuals; 12) include automated system diagnostics and tune up procedures; 13) and array shall contain a central transmitter coil with a set of receiver coils above and below the transmitter coil. In addition, the potential offeror of this UXO detection system must be able to support a series of OCONUS test of their system to demonstrate the systems capabilities and to establish the systems operational criteria and standard operating procedures (SOPs) in support of humanitarian demining worldwide. The system performance and operational criterias are the following: probability of detection (Pd), false alrm rate (FAR), enviroments, temperatures, soil types, human interfaces, user friendliness, ground mapping and data links, and the systems reliability, producibility, logistics, training, maintainability, and human interfaces. This is NOT a request for proposal. Companies who desire to participate in this market research are encouraged to submit a white paper, describing the system to include the system technology, qualifications, and capabilities to satisfy the performance and technical objectives described above. The white paper should also include the companys specific wideband EMI UXO detection system and performance test results, documentation supporting a maturity level of TRL 6 or higher, or the approach of maturing the companys wideband EMI UXO detection system to TRL 6 or higher within 12-months. The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS WORD, limited to ten (10) pages (excluding test results), and should be submitted electronically to the CACW Contracting Officer, Ms. Patricia Davis, at: pat.davis@us.army.mil., Response to this Sources Sought should be received no later than 20 calendar days from the date of this notice. The Government will consider all responses submitted on time. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made via email; telephone requests for additional information will not be honored.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01324928-W 20070623/070621224017 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.